Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOURCES SOUGHT

Y -- Design-Build Services for Modernization of the Alcan Land Port of Entry (LPOE), Tok, Alaska

Notice Date
4/30/2025 8:50:08 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0025R0058
 
Response Due
5/28/2025 1:00:00 PM
 
Archive Date
07/01/2025
 
Point of Contact
Brian J. Turk, Phone: (720) 402-7673, Brandon Fortune, Phone: (215) 279-3068
 
E-Mail Address
brian.turk@gsa.gov, brandon.fortune@gsa.gov
(brian.turk@gsa.gov, brandon.fortune@gsa.gov)
 
Description
IMPORTANT NOTICE This is a Sources Sought Notice only. This announcement is issued solely for market research and planning purposes. It does not constitute a solicitation, request for proposals, or offer. No contract will be awarded from this notice. The Government will not reimburse respondents for any costs associated with submission of information in response to this notice. PROJECT OVERVIEW The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 8, Capital Construction Branch is seeking capable and experienced Design-Build (D-B) firms for the modernization of the Alcan Land Port of Entry (LPOE), located in Tok, Alaska. The Government is conducting a market survey to identify qualified large and small businesses with substantial design-build experience on complex, remote projects of similar size, scope, and technical challenge. Estimated Construction Magnitude: Over $300 million NAICS Code: 236220 � Commercial and Institutional Building Construction Small Business Size Standard: $39.5 million PROJECT DESCRIPTION The Alcan LPOE is the only year-round, 24-hour U.S. land port serving commercial and personal vehicle traffic between the Yukon Territory, Canada, and interior Alaska. Built in 1972, the aging complex is no longer sufficient to meet current mission needs and environmental demands. The new facility must remain fully operational during phased construction and withstand extreme sub-arctic weather in a remote environment. The project will seek to accomplish the following goals: Provide best value to partner agencies and taxpayers Develop safe, productive, and attractive workplaces Deliver projects on time and on budget Achieve building performance that is resilient and efficient Leverage the skill of America�s most qualified designers and artists Strive for Design, Construction and Operational Excellence Provide stewardship for the next generation of respected landmarks The successful D-B Contractor will provide the best value to the customer agency and taxpayers in providing the following project scope: Demolition of 15 existing structures totaling ~59,000 square feet, and 8 acres of impervious surfaces New construction of ~117,000 square feet and 12 acres of impervious surfaces including: Main Building Inspection Buildings Garages Utility Support Building and below grade Utilidor to all structures Firearms Range Building Community Health and Fitness Building Twenty (20) Housing Units Playground Community Garden Off-Leash Area This complete facility replacement effort will incorporate phased Design-Build delivery while maintaining a fully operational land port, with emphasis on, resiliency, energy efficiency, and occupant health and safety. ANTICIPATED PROCUREMENT SCHEDULE Solicitation Release (Projected): Q4 FY2025 Contract Award (Projected): March 2026 Substantial Completion (Projected): March 2032 Note: All dates are estimates and subject to change. CAPABILITY STATEMENT INSTRUCTIONS Firms interested in this opportunity should submit a Capabilities Statement (maximum 10 pages) addressing the following: 1. Company Information Company name, address, DUNS number/UEI, and primary POC (name, phone, email) Business classification under NAICS 236220 (e.g., Large Business, Small Business, SDVOSB, etc.) Years in business, affiliate or parent company details, and any joint venture or teaming partners 2. Expression of Interest A brief statement affirming intent to propose as a prime contractor for any forthcoming solicitation related to this notice 3. Relevant Project Experience (Up to 2 Projects) Each project must demonstrate comparable size, complexity, scope, and delivery method. Include: Project title, owner, and contract/reference number Contract award value and completion year Confirmation of Design-Build delivery method Description of work performed in remote locations (?100 miles from a metro area) Description of site planning and construction (utilities, roads, grading, storm drainage, security, etc.) Description of specialized client/user needs (e.g., ports of entry, prisons, hospitals) List of key personnel and technical skillsets relevant to this project Current bonding capacity and evidence of ability to bond >$100M EVALUATION & NEXT STEPS This Sources Sought is intended to inform acquisition strategy and determine whether sufficient interest exists among technically qualified and responsible firms. Responses will assist in determining potential for set-aside decisions under FAR Part 19. All qualified and interested firms�regardless of business size�are strongly encouraged to respond. SUBMISSION DETAILS Due Date: Wednesday, May 28, 2025 Time: 2:00 PM Mountain Standard Time Email: Brian.Turk@gsa.gov Subject Line: �D-B Alcan LPOE Modernization � Sources Sought Response� DISCLAIMER This notice is issued solely for information and planning purposes. It does not constitute a solicitation. Responses to this Sources Sought Notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents will not be notified of the outcome of this notice. A future solicitation may be issued under a separate notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60a1f33df6814057a6bcb934e2e80065/view)
 
Place of Performance
Address: Tok, AK 99780, USA
Zip Code: 99780
Country: USA
 
Record
SN07427133-F 20250502/250430230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.